David Grant Medical Center's (DGMC) Simulation Center Audiovisual System Upgrade
ID: FA442725Q1001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, through the 60th Contracting Squadron, is soliciting quotations for an Audio-Visual (AV) System Upgrade at the David Grant Medical Center's Simulation Center located at Travis Air Force Base in California. The project aims to enhance the AV capabilities of the facility, which is critical for training medical personnel, by replacing outdated equipment and installing new systems that include high-definition cameras and microphones. This procurement is set aside for Historically Underutilized Businesses (HUBZone) under NAICS Code 334310, with quotes due by January 23, 2025, following a mandatory site visit on January 6, 2025. Interested contractors should contact Mr. Clark Teninty at clark.teninty.1@us.af.mil or Ms. Maekyla Rosendo at maekyla_jane.rosendo.3@us.af.mil for further details and to confirm attendance at the site visit.

    Files
    Title
    Posted
    The 60th Contracting Squadron at Travis Air Force Base has issued Amendment 1 to the combined synopsis and request for quotation (RFQ) FA442725Q1001 for the DGMC Sim Center AV System Upgrade. This memorandum communicates changes to the original solicitation, primarily the extension of the RFQ response deadline to January 23, 2025, at 11:00 AM PST, allowing vendors additional time to review related information and adjust their quotes. The solicitation is designated as a Historically Underutilized Business (HUBZone) set-aside, under NAICS code 334310 for audio and video equipment manufacturing. Interested offerors are urged to consult the entire solicitation and provided documents, which include previous RFIs, blueprints, and security requirements to ensure compliance. All quotes submitted after the new deadline will be rejected. The objective of this amendment is to clarify procedures and foster competitive bidding for the AV system upgrade project at the DGMC Sim Center.
    The 60th Contracting Squadron is soliciting quotes for an Audio-Visual (AV) System Upgrade at the DGMC Simulation Center as part of a Combined Synopsis/Solicitation. This contract aims to refresh the 9 ARS Auditorium and involves services and materials outlined in the Statement of Work. The solicitation is set aside for Historically Underutilized Businesses (HUBZone), categorized under NAICS Code 334310 (Audio and Video Equipment Manufacturing), with a small business size limit of 750 employees. Quotes must be submitted by 16 January 2025, and a site visit is scheduled for 6 January 2025. Prospective contractors are reminded of the need for accountability and must provide documentation demonstrating financial stability, past performance, and technical capability per FAR requirements. The evaluation will focus on both technical capability and price, considering overall benefit to the government. Bids will be awarded based not just on the lowest price but on comprehensive value. The solicitation includes various clauses and provisions linked to federal acquisition regulations, emphasizing compliance with statutes regarding contractor integrity and responsibility.
    The document outlines the requirements and specifications for upgrading the audiovisual (AV) system at the David Grant Medical Center. Key points include the need for existing system diagrams, confirmation of AV equipment reusability, and the maintenance plan for the new installation. The contractor must utilize existing data and power cabling and may need to include conduit installation if necessary. A one-year standard maintenance and warranty period is accepted, with further support available through a separate contract afterward. The AV system will operate independently of the Military Network and must be capable of remote access for playback. Specific equipment requirements, such as HDMI and VGA connections, camera integration, and acoustic considerations, are also highlighted. Additionally, the document addresses security protocols for personnel, equipment storage, insurance requirements, and budgeting without disclosing precise financial figures. The purpose of this document aligns with government RFP processes, ensuring that the project adheres to regulatory compliance while enhancing the facility's medical training capabilities. Overall, it emphasizes careful planning and detailed execution in the AV equipment upgrade project.
    The document outlines the infrastructure and equipment requirements for the 60th Medical Group (MDG) Simulation Center, detailing changes and upgrades needed in several training rooms and control rooms. Each training room is to be equipped with audiovisual components, including ceiling-mounted cameras, microphones, and speakers, all connected to control rooms for live monitoring and recording. The document specifies that existing CAT-6 drops and VGA lines will be utilized while requesting additional HDMI drops for enhanced connectivity. The control rooms house workstations that manage the audiovisual feeds and recordings from the training rooms. There is a focus on integrating these systems to ensure seamless communication and training effectiveness. The document serves as a request for proposals (RFP) aimed at enhancing the simulation environment for training medical personnel, indicating a commitment to modernizing technology and improving training capabilities within the federal healthcare system. This aligns with broader governmental goals of supporting effective medical training and preparedness.
    The document outlines the layout and specifications for various medical facilities at the David Grant Medical Center, managed by the United States Air Force at Travis Air Force Base. It details specific areas including patient rooms, a dialysis unit, and specialized simulation rooms, specified in terms of square footage and required pressure levels (SF/PSF). The data includes a zone map crucial for planning and operational purposes, indicating dimensions and configurations necessary for adherence to health and safety regulations set by the Office of the Surgeon General and the US Army Corps of Engineers. This information is relevant for stakeholders involved in building renovations, providing a blueprint for enhancing the medical infrastructure while ensuring compliance with federal standards.
    The 60th Medical Group at Travis AFB, CA, is seeking a contractor to upgrade its Simulation Center's audiovisual (AV) system. The project includes the installation of a new AV system to replace existing equipment, ensuring enhanced functionality for training purposes. Key deliverables encompass removing outdated equipment, providing training for staff, and installing cameras, microphones, and control workstations, all tailored to MDG specifications. The contractor is responsible for managing all aspects of installation, including tools, personnel, and transportation. A user guide will be provided to facilitate understanding and operation of the new system, which will include high-definition cameras and microphones for real-time audio and video recording. The project requires completion within ten business days post-award, with a warranty covering workmanship for one year. In addition, the contractor must ensure that the AV system is operational without connecting to military networks and provide maintenance manuals for the equipment. This initiative reflects the government's commitment to improving training capabilities within military medical facilities by leveraging advanced technology. Contact details for coordination with the Medical Group are provided, emphasizing a structured approach to project execution.
    The TAFB Security Requirements outline the stringent security protocols for contractors seeking access to Travis Air Force Base (TAFB), a closed base. Contractors must undergo identity proofing and vetting, including background checks through NCIC and CLETS, unless they hold a verified government security clearance. A range of acceptable identification forms is listed, emphasizing the importance of compliance with the REAL ID Act for state-issued IDs. Contractors are responsible for ensuring that their personnel meet these requirements and for submitting base pass requests to the 60th Contracting Squadron at least 45 days prior to contract initiation. Contractors with prior disqualifications from federal installations or criminal convictions may be denied access, aligned with specified disqualifying criteria. The guidance details responsibilities for both primary contractors and individual workers regarding identification, vehicle registration, and reporting status changes. In increased Force Protection Conditions, access protocols are heightened, with non-essential contractors potentially being suspended. The document also mandates participation in security training and outlines procedures for lost or revoked access credentials, ensuring a comprehensive approach to maintaining installation safety and security standards. Overall, the document emphasizes contractor accountability in adhering to security measures essential for operational integrity at TAFB.
    This document outlines the disqualifying criteria for individuals seeking installation access to federal or military facilities. It establishes a comprehensive list of conditions under which access can be denied, primarily focused on security and safety concerns. Key disqualifying factors include known or suspected terrorist affiliations, inability to verify identity, previous bans from federal facilities, outstanding warrants, serious criminal convictions (e.g., espionage, murder, sex offenses), and a history of systemic or extensive criminal behavior. The criteria further stipulate that individuals with multiple felonies or violent misdemeanors within the past decade may also be barred from access, aimed at ensuring that those posing an unacceptable risk to the installation are excluded. This set of guidelines plays a critical role in enforcing security protocols in the context of government RFPs, federal grants, and local projects, highlighting the importance of safeguarding facilities from potential threats.
    The TAFB Security Requirements outline the access protocols and identity verification measures for contractors at Travis Air Force Base. As a closed base, it mandates contractors to undergo identity proofing and vetting, including NCIC and CLETS checks, unless they possess a valid government security clearance verifiable through JPAS. Acceptable forms of identification range from U.S. Passports and driver’s licenses to various government-issued IDs. The document specifies contractor responsibilities, including notifying the military of personnel changes, maintaining proper identification, and adhering to security measures during increased Force Protection Conditions (FPCON). Disqualifying criteria for access include known terrorist affiliations, felony convictions, and listed names on watch lists. The primary contractor is responsible for compliance and coordination with the base’s 60th Contracting Squadron. Additionally, protocols for lost passes, security training, and handling sensitive information are included. The comprehensive guidelines ensure that security is upheld while granting necessary access to personnel involved in contracts at the Air Force Base, reflecting the operational security protocols vital for military installations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting quotes for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The contractor will be responsible for providing a complete audio solution, including setup, operation, and teardown, ensuring clear sound coverage across various spectator areas, with specific requirements for equipment and personnel outlined in the Performance Work Statement. This contract is particularly significant as it is set aside for small businesses, with a total estimated value of $40 million, and will be awarded based on technical acceptability and price. Interested vendors must submit their proposals by January 5, 2026, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email.
    J059--Audio Visual Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for the sole source procurement of preventative and unscheduled maintenance for the Audio/Visual (A/V) system located at the Martinsburg Office of Emergency Management. The primary objective is to ensure the functionality and reliability of the A/V system across three conference rooms (208, 212, and 221) through a structured preventative maintenance cycle, which includes inspections, firmware updates, and troubleshooting support. This A/V system is critical for displaying situational awareness information during emergencies, and the original installer, Colossal Contracting LLC, possesses the proprietary knowledge and warranties necessary for its maintenance. The contract, identified by solicitation number 36C24526Q0176, will be a firm fixed-price agreement for one base year, with an anticipated performance period from February 15, 2026, to February 14, 2027. Interested parties can reach out to Cassie White at cassie.white@va.gov for further information.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    D-21 Alarm System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    Z1DA--Upgrade TV System IFB 553-22-209
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a presolicitation notice for the Upgrade TV System project (553-22-209) at the John D. Dingell VA Medical Center in Detroit, Michigan. The project involves the installation of a 1.4 telecom system, including the procurement and installation of approximately 6000 linear feet of fiber optic cable, networking equipment, and safety measures to ensure minimal disruption to medical center operations. This opportunity is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $500,000 and $1,000,000, and the solicitation is expected to be available for download on or about December 29, 2023. Interested parties can contact Contract Specialist Angelo D. Vivio at Angelo.Vivio@va.gov for further information.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Quickset Gimbal system, which is essential for providing motion stability and high-precision pointing control for various remote sensing instruments valued at over $9 million. The procurement aims to enhance educational activities in Optical Engineering and Applied Physics at the Air Force Institute of Technology by ensuring the gimbal meets specific technical requirements, including a minimum payload capacity of 1200 lbs, active stabilization for disturbances of 0.25Hz, and an IP67 environmental rating. Interested vendors must submit their quotes electronically by December 19, 2025, at 1:00 PM EST, and are encouraged to direct any inquiries to Bryson Pennie or Linh Jameson before the question deadline on December 16, 2025. This opportunity is set aside for small businesses under NAICS code 334516, with a performance period of 16 weeks post-award.
    59--HEADSET-MICROPHONE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 92 headset microphones under solicitation number NSN 5965014390793. This procurement aims to establish an Indefinite Delivery Contract (IDC) for audio and video equipment, with a guaranteed minimum quantity of 13 units and an estimated total order value of $350,000 over the contract's term of one year. These headset microphones are critical for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.